Molecular Diagnostics Analyzer and Reagents for detection of the Antibodies and Pathogens
ID: W81K0225QA047Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW40M MRCO PACIFICFORT SHAFTER, HI, 96858-5098, USA

NAICS

In-Vitro Diagnostic Substance Manufacturing (325413)

PSC

MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES (6515)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is seeking sources for a contract to provide a Molecular Diagnostics Analyzer and Reagents for the detection of antibodies and pathogens, including Herpes simplex virus (HSV 1 and 2), congenital cytomegalovirus (CMV), Candida auris, and Varicella Zoster Virus (VZV). The procurement aims to enhance diagnostic capabilities at the Joint Base Lewis McChord Health Contracting Branch by acquiring FDA-approved systems that can perform qualitative nucleic acid amplification testing (NAAT) with rapid results and minimal downtime. This initiative is critical for improving patient care and operational efficiency in public health laboratories. Interested parties are encouraged to submit their capabilities statements and relevant information to Cindy Means at cindy.j.means.civ@health.mil by the specified deadline, as this sources sought notice is for market research purposes and does not constitute a formal solicitation.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines specifications for an FDA-approved molecular diagnostic system capable of performing qualitative nucleic acid amplification testing (NAAT) for various pathogens, including Herpes simplex virus (HSV-1/2), Cytomegalovirus (CMV), Candida auris (C. auris), and Varicella Zoster Virus (VZV). Key requirements include direct specimen amplification, rapid results within 1.5 hours, and the capacity to process at least eight samples per run. The system must feature automated sample identification, barcoding, liquid detection, and a bi-directional interface for integration with Laboratory Information Systems. Additional specifications involve emergency support, staff training, system validation, and operation within designated environmental conditions. The overarching goal is to enhance productivity in the Molecular Diagnostics Section, reduce reagent waste, and eliminate the need for user intervention during tests. This RFP serves to procure an advanced diagnostic tool for public health laboratories, aiming for improved diagnostic capabilities and compliance with federal standards.
    The Department of Pathology at Madigan Army Medical Center (MAMC) is soliciting a contract for molecular diagnostic systems to test for Herpes simplex virus (HSV 1 and 2), congenital cytomegalovirus (CMV), Candida auris, and Varicella Zoster Virus (VZV). The proposal includes a nucleic acid testing analyzer with FDA-approved assays, equipment, and ongoing maintenance for five years starting October 1, 2025. The contractor must ensure timely patient care through proper installation, training, and emergency support. The testing system must have the capability for future expansion, operate with minimal downtime, and integrate with laboratory information systems. It should adhere to clinical standards, produce results in under 1.5 hours, and manage multiple samples without waste. Specific performance criteria are set for assay validation, support services, and reagent delivery. Compliance with security and training regulations is mandated for contractor personnel. The project highlights the MAMC’s continued commitment to enhancing diagnostic capabilities and patient care through state-of-the-art technology.
    Similar Opportunities
    Integrated Immunoassay and Chemistry Analyzer Reagents and Consumables
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking sources for Integrated Immunoassay and Chemistry Analyzer Reagents and Consumables for the Lyster Army Health Clinic located in Fort Rucker, Alabama. The procurement aims to acquire a comprehensive chemistry and immunochemistry system that meets stringent technical, operational, and service requirements, including FDA approval, CLIA and CLSI precision standards, and 24/7 technical support. This equipment is critical for performing a wide range of diagnostic tests, ensuring compliance with security regulations, and maintaining high standards of patient care. Interested parties must submit a Statement of Capability by November 18, 2025, and should contact MEDCOM at karan.e.quiles.civ@health.mil for further information.
    J066--New - VISN 17 GeneXpert Analyzer M&R Consolidated IDIQ
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 17, intends to award a sole source, firm-fixed-price, single-award Indefinite Delivery Indefinite Quantity (IDIQ) contract to Cepheid for the maintenance and repair services of GeneXpert analyzers. This procurement includes service agreements for various GeneXpert systems, along with necessary modules and reagents, to support the Pathology and Laboratory Medicine Service (P&LMS) across multiple locations within Veterans Integrated Service Network (VISN) 17, including El Paso, South Texas, Central Texas, Big Spring, and Amarillo VA Healthcare Systems. The GeneXpert systems are critical for laboratory diagnostics, ensuring timely and accurate results for veterans' healthcare needs. Interested parties may submit capability statements to the primary contact, Delphia Schoenfeld, at delphia.schoenfeld@va.gov within 10 calendar days of this notice, as the contract will be awarded to Cepheid if no other responsible sources are identified.
    Microbial Identification System (MIS)
    Buyer not available
    The Department of Defense, through the United States Army Health Contracting Activity, is seeking information regarding a commercial solution for a Microbial Identification System (MIS) to enhance its MicroScan autoSCAN-4 System. The objective is to procure a system that meets the Critical Operational Device Specifications (CODS), which include operational characteristics, support for specific testing panels, and compatibility with a LabPro computer running Windows 11. This procurement is crucial for ensuring reliable laboratory systems in medical environments, particularly in austere settings. Interested vendors must submit their responses by 4:00 PM Central Time on April 3, 2025, to Linda McGhee at linda.a.mcghee.civ@health.mil, and are encouraged to provide detailed information about their capabilities and products as outlined in the RFI documents.
    J066--NEW – Base Plus 1 Option Yrs – BioMerieux Biofire Service
    Buyer not available
    The Department of Veterans Affairs, Network Contracting Office 17, intends to award a sole source, firm-fixed-price contract to bioMérieux, Inc. for a full-service maintenance agreement covering three Government-owned BioFire FilmArray instruments located at the South Texas Veterans Health Care System. The contract will include a base year and one option year, with services provided exclusively by a BioFire Certified Diagnostic Service Engineer, encompassing all labor, travel, replacement parts, software, and related expenses necessary to maintain the instruments in optimal operating condition and compliance with regulatory requirements. These instruments are critical for laboratory diagnostics, and the government has determined that bioMérieux is the only source capable of providing the required certified service. Interested parties may submit capability statements within seven calendar days of this notice, and for further inquiries, contact Ognian D. Ivanov at 210-694-6302 or via email at ognian.ivanov@va.gov.
    6550--Triage Meterpro Reagents
    Buyer not available
    The Department of Veterans Affairs (VA) is seeking qualified sources to provide QuidelOrtho Triage MeterPro Reagents for the New Mexico VA Healthcare System, through a Sources Sought Notice (RFI 36C26226Q0177). The procurement aims to acquire various medical diagnostic and drug testing supplies, including Triage Tox DS Panels, Controls, and BNP Test Kits, which are essential for accurate drug testing and patient care. Interested vendors are encouraged to submit their capabilities, pricing, and relevant business information by December 8, 2025, at 10:00 a.m. PST, to the Contract Specialist, Clift Domen, at Clift.Domen@va.gov.
    6640--BioPlex 2200 supplies
    Buyer not available
    The Department of Veterans Affairs, through the Network Contracting Office 6, is seeking qualified businesses to provide the BioRad BioPlex 2200 analyzer and associated supplies for the Durham VA Medical Center. The procurement aims to acquire an automated immunoassay analyzer capable of performing a wide range of tests, including Total Syphilis, 5th Generation HIV Ag/Ab, and various autoimmune assays, which are critical for enhancing operational efficiency and improving patient outcomes. Vendors must supply FDA-approved equipment and consumables, with an estimated annual testing volume of 20,000 patient tests, and the analyzer must be less than two years old. Interested parties are required to submit a capabilities statement and proof of authorized distributorship of BioRad by December 8, 2025, at 12 PM Eastern Time to Byron Brown at Byron.Brown4@va.gov.
    Hologic Panther Reagents CLE
    Buyer not available
    The Department of Veterans Affairs is seeking to procure Hologic Panther Reagents through a sole source acquisition for the Cleveland Veterans Affairs Medical Center (CLE VAMC). These specialized in-vitro diagnostic products are critical for high-accuracy women's health testing, including tests for chlamydia and gonorrhea, and are specifically designed to work with existing Hologic Panther instrumentation at the facility. The reagents are proprietary to Hologic, and no compatible third-party alternatives exist, making this procurement essential for maintaining reliable test performance and manufacturer support. Interested parties may submit their capabilities by December 10, 2025, at 5 PM EST, for consideration, and inquiries should be directed to Rachelle Hamer at rachelle.hamer@va.gov.
    6515--Special Notice 5-10 Dec 2025 Roche diagnostic supplies
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 16, intends to negotiate a sole-source, firm-fixed-price contract with Roche Diagnostic Corporation for the provision of ImmunoHistoChemical (IHC) and Special Stain (SS) reagents necessary for diagnostic staining at the Overton Brooks VA Medical Center in Shreveport, LA. This procurement includes not only the reagents but also compatible instrumentation, installation, staff training, and ongoing technical support to ensure uninterrupted diagnostic capabilities over a base period plus four option years. The goods and services are critical for the Pathology and Laboratory Medicine Service, as Roche Diagnostic Corporation is the sole manufacturer of the required VENTANA instrumentation and reagents. Responses to this opportunity are due by December 10, 2025, at 10:00 AM CST, with all inquiries to be submitted by December 8, 2025, at 10:00 AM CST; interested parties may contact Contract Specialist Rhonda Gibson at rhonda.gibson2@va.gov or by phone at 832-352-2915 for further information.
    Preventative Maintenance and Repair of Sterilization and Central Vacuum Equipment in Biosafety Labs (BSL) 1,2,3 and 4
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is seeking information from potential sources for a service contract focused on the preventative maintenance and repair of sterilization and central vacuum equipment in Biosafety Labs (BSL) 1, 2, 3, and 4. The contract will encompass the maintenance of 63 sterilization units, including 49 existing Getinge sterilizers, with an emphasis on adhering to original equipment manufacturer (OEM) specifications and conducting bacteriological indicator tests to ensure efficacy. This initiative is critical for maintaining essential sterilization and washing systems that support the mission of the United States Army Medical Research Institute of Infectious Diseases (USAMRIID) in protecting warfighters from biological threats. Interested parties, particularly small businesses registered under NAICS code 811210, are encouraged to submit capability statements by December 12, 2025, to Christina Lewis at christina.m.lewis14.civ@health.mil or Emily K. O'Hara at Emily.K.OHara.civ@health.mil.
    Immunohematology Blood-Grouping Analyzer Cost Per Test Contract (GSA eBuy)
    Buyer not available
    The Department of Defense, through the Defense Health Agency, is seeking proposals for a Cost Per Test (CPT) contract to supply two automated immunohematology blood-grouping analyzers for the Naval Medical Center Portsmouth (NMCP). The contract includes the provision of analyzers, reagents, quality control materials, maintenance services, and consumables necessary for the Transfusion Services Division, which plays a critical role in ensuring safe and timely blood transfusions for patients. The analyzers must meet specific testing capabilities, including ABO/Rh typing and antibody screening, and comply with FDA and other regulatory standards, with a delivery period set from January 1, 2026, to December 31, 2026. Interested vendors must submit their quotations via GSA eBuy by December 9, 2025, at 10:00 p.m. ET, and all inquiries should be directed to Matthew Teel at matthew.d.teel.civ@health.mil.